Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

70 -- Karl Storz Streamconnect Server

Notice Date
7/16/2020 5:18:28 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0966
 
Response Due
7/23/2020 10:00:00 AM
 
Archive Date
08/02/2020
 
Point of Contact
kristi.mummert@va.gov, Kristi Mummert, Phone: 713-794-7061
 
E-Mail Address
kristi.mummert@va.gov
(kristi.mummert@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0830 SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR Karl Storz StreamConnect Server Background: The Michael E. DeBakey VA Medical Center (MEDVAMC) is requesting installation services to upgrade and migrate existing server and storage to a new virtual host to be provided by the facility. The current Karl Storz StreamConnect Server existing physical server has reached its end-of-life by the original equipment manufacturer, Dell. In addition, the software will be switched from Adobe flash dependency to HTML5. Project Scope: The following components are needed for the areas specified above. Item # Description/Part Number* Qty SC SERVER STREAMCONNECT 1 WUIS2259 STREAMCONNECT UPGRADE 1 WUIS2269 STREAMCONNECT SYSTEM MIGRATION 1 KSIS-INSTALL OR1® INSTALLATION SERVICES 1 WUIS2270 STREAMCONNECT MAINTENANCE SERVICE TM _Base Year 1 WUIS2270 STREAMCONNECT MAINTENANCE SERVICE TM _Option Year 1 1 WUIS2270 STREAMCONNECT MAINTENANCE SERVICE TM _ Option Year 2 1 WUIS2270 STREAMCONNECT MAINTENANCE SERVICE TM _ Option Year 3 1 WUIS2270 STREAMCONNECT MAINTENANCE SERVICE TM _ Option Year 4 1 Vendor must supply all parts, labor (on or off site), licenses and software required for the migration. The latest approved and supported version of Windows and SQL must be used for the installation. The existing server and data will remain the property of the VA. Vendor will be provided over the shoulder access if the work is to be completed remotely. The Full Service Plan includes the following: Scheduled Preventative Maintenance One visit per year scheduled at mutually convenient times. Recommended times are at the beginning of the service agreement and at 12 month intervals thereafter. Each visit will include full functional testing, adjustment and calibration of all system components; complete cleaning of all included equipment; minor trouble shooting; and reporting. Specific categories include: audio and video equipment, signal routers, flat screen monitors, touch panels, and the rack. Estimated time on site per room is 4 hours. All services will be documented and a complete checklist of the maintenance services will be provided to you. Unlimited Repair Visits Unlimited on-site repair visits throughout the term of the agreement at no charge. Not covered by the repair program are damage caused by unauthorized modifications, abuse, power surges, acts of God, or by operator error. Repair - Replacement Parts KSEA s first priority is to repair all integrated parts, if repair is unavailable parts are provided at no charge and will be original manufacturer equipment unless unavailable or an equivalent or better part is available through other manufacturers. E-Learning License E-Learning is an interactive, web-based course that provides or teams the opportunity to learn and practice using OR1 components in a real-world simulation before every stepping into the OR. The OR1 E-Learning course includes five modules; overview of OR1, Icon interface, OR1 medical device control, AIDA Image capture systems and Image 1 video platform. Customer receives 2 licenses per room. Advanced On-site Staff Training (concurrent with new installations only) Advance configuration and control training for users and technical staff. The content is not a replacement for complete bio-med training. On renewed contracts we will offer a 25% discount on bio-med training. Video Conference Event Support Technical assistance provided to support scheduled video events. All video conference equipment is provided by the customer. Software Upgrades Software upgrades to maintain original functionality level are provided at no charge for upgrades to AIDA, SCB, and other covered products. On-site and Phone Support Services Support services will be provided by KSEA Technical Support, KSEA Customer Service, and by Audio-Visual Innovations, the nation s largest and most experienced operating room integration services company. Normal On Site Service is Monday thru Friday 8:00AM 8:00PM, excludes Holidays and Weekends. Service outside of normal hours will be invoiced at current Service On Demand rates. Supply Specifications Requirements: See itemized parts above. Warranty and Support: The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty Delivery Location: Michael E. DeBakey VA Medical Center 2002 Holcombe Boulevard Houston, TX 77030 CONTRACTOR CONDUCT REQUIREMENTS The contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from damage during performance of this contract. Contractor shall be responsible for any injury to himself or his employees, or others, as well as for any damage to personal property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence All employees and subcontractors must wear a visible name and company identification when onsite. When more than one person is onsite performing work under this contract, one must be designated as a supervisor and must be fully responsible for the work to be performed. Employees and subcontractors working onsite must wear the VA Contractor badge. The COR will be responsible for securing contractor badges for each contracted employee. The Contractor shall provide all supplies, materials, equipment, qualified personnel, supervision, management, and transportation to perform all tasks as identified herein. All work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances and The Joint Commission. The Contractor s procedures and quality control procedures shall conform to these guidelines. The Contractor must make all subcontractors aware of the requirements of this contract. Contractor personnel must conduct their work so as not to interfere with the normal functioning of the facility and will stop work if asked by medical center management personnel. Hours of work may need to be limited to daytime on units where patients sleep and night time in areas where patients would be exposed to risk by daytime work. The Contractor shall take all precautions necessary to protect the lives and health of occupants of the building. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by Federal, State, or local ordinances which pertain to any duties contained in the contract. The Contractor will be required to follow all OSHA General Industry regulations. The contractor shall furnish at his own expense all labor, materials, machinery, and appliances which may be necessary or appropriate in the performance of this contract. Any accumulated rubbish is to be collected and placed in facility trash or dumpsters. PRIVACY/SECURITY:  The contractor will have electronic connectivity to the devices and will have access to patient databases or receive screenshots with PHI present. Any electronic or magnetic data storage devices such as hard drives, etc. shall be turned into the ISO. Electronic or magnetic data storage devices are not to be removed from VA property. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the supplies/services listed in section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide services/supplies that may be determined EQUIVALENT to the services/supplies listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Kristi.mummert@va.gov. Please respond to this RFI no later than July 23, 2020 by 1200 CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/332ab9f4ee694affa267c128a8927bf0/view)
 
Place of Performance
Address: Michael E. DeBakey VA Medical Center 2002 Holcombe Blvd. Houston, TX 77030
 
Record
SN05724213-F 20200718/200716230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.